Search IDVs

FA852621D0001

Indefinite Delivery Contract

Overview

Government Description
C-17 GLOBEMASTER III TOTAL SUSTAINMENT AND MINOR DEVELOPMENT.
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$23,764,751,000 (26% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Long Beach, California 90808 United States.
Sole Source This IDC was awarded sole source to The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 05/31/31 to 10/31/27 and the Vehicle Ceiling has decreased from $23,788,515,751 to $23,764,751,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
The Boeing Company was awarded Indefinite Delivery Contract FA852621D0001 (FA8526-21-D-0001) by Air Force Materiel Command for C-17 Globemaster Iii Total Sustainment And Minor Development. in September 2021. The IDC has a duration of 6 years and was awarded through solicitation C-17 Globemaster III Sustainment Contract (G3) full & open with NAICS 336411 and PSC R499 via sole source acquisition procedures with 1 bid received. To date, $6,561,545,299 has been obligated through this vehicle with a potential value of all existing task orders of $6,571,147,863. The total ceiling is $23,764,751,000, of which 26% has been used. As of today, the IDC has a total reported backlog of $491,657,942 and funded backlog of $482,055,378.

DOD Announcements

Sep 2021: The Boeing Co., Long Beach, California, has been awarded a $3,464,266,341 firm-fixed-price, fixed-price incentive (firm target), cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursement-no fee and time-and-material, indefinite-delivery/indefinite-quantity contract for the C-17 Globemaster III Sustainment Program. The period of performance is nine years and eight months, consisting of three 12-month ordering periods, two 37-month options, and the six-month option to extend services, for a total maximum value of $23,764,751,000. This contract will provide support and sustainment services to the government product support manager/product support integrator for the C-17 weapon system. Support includes, but is not limited to: program management; sustaining logistics; material and equipment management; sustaining engineering; quality assurance; depot level aircraft maintenance and modifications; F117 propulsion system management; long-term sustainment planning; field services, unique foreign military customer services and Air Logistics Center partnering support for the worldwide fleet of the C-17 aircraft. Work will be performed in multiple domestic and international locations and is expected to be completed by May 30, 2031, if all options are exercised. The contract involves Foreign Military Sales (FMS) to the United Kingdom, Australia, Canada, NATO Airlift Management Program Office, India, Kuwait, United Arab Emirates and Qatar. This award is the result of a sole source acquisition. No-year FMS funds in the amount of $5,000,000 are being obligated at the time of award. There is known congressional interest pertaining to this acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8526-21-D-0001).

Status
(Open)

Modified 1/24/25
Period of Performance
9/30/21
Start Date
10/31/27
Ordering Period End Date
59.0% Complete

Task Order Obligations and Backlog
$6.1B
Total Obligated
$6.6B
Current Award
$6.6B
Potential Award
93% Funded
$482.1M
Funded Backlog
$491.7M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA852621D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA852621D0001

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating
Year Contracts Subcontracts Grants Subgrants


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA852621D0001

Subcontract Awards

Disclosed subcontracts for FA852621D0001

Opportunity Lifecycle

Procurement history for FA852621D0001

Transaction History

Modifications to FA852621D0001

People

Suggested agency contacts for FA852621D0001

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
UEGFHX6R6KJ1
Awardee CAGE
88277
Agency Detail
Awarding Office
S0512A DCMA SOUTHERN CALIFORNIA
Funding Office
F3QCGR F3QCGR AFLCMC WLM
Created By
deon.mitchell@dcma.mil
Last Modified By
deon.mitchell@dcma.mil
Approved By
deon.mitchell@dcma.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
CA-42
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Robert Garcia

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Department of Defense Working Capital Fund, Defense (097-4930) Department of Defense-Military Other services from non-Federal sources (25.2) $350,007 100%
Last Modified: 1/24/25